Wireless Crosby-Straightpoint LMI (Load Moment Indicator) Equipment
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Sep 03, 2024 03:58 pm CDT
- Original Published Date: Aug 15, 2024 11:57 am CDT
- Updated Date Offers Due: Sep 06, 2024 11:00 am CDT
- Original Date Offers Due: Aug 30, 2024 11:00 am CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 21, 2024
- Original Inactive Date: Sep 14, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5999 - MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS
- NAICS Code:
- 335314 - Relay and Industrial Control Manufacturing
- Place of Performance: Fountain City , WI 54629USA
Description
The U.S. Army Corps of Engineers - St. Paul District requires a Contractor to supply the following NAME BRAND equipment, manufactured by Crosby-Straightpoint:
DESCRIPTION MODEL QTY
Crosby Wireless Load Cell Transmitter Model SA700C 20 EA
Crosby Handheld Display Model SW-HHP 10 EA
Crosby Display Bracket Model 2789228 10 EA
Crosby Display Rubber Boot Model 2789232 10 EA
Crosby Wireless Dongle Model SW-D-2789317 10 EA
Crosby Wireless Scoreboard Display Model 2789132 22 EA
Crosby Wireless Load Cell Alarm Model 2789129 22 EA
The equipment will be used as direct replacements for wired load moment indicator (LMI) equipment being used at lock and dam locations that is outdated and no longer able to be maintained.
This solicitation is for NAME BRAND Crosby-Straightpoint Wireless LMI equipment. Quotes for alternate manufacturers/models will be considered nonresponsive.
Please include the specifications (cut sheets) for the equipment you are quoting, sufficient to demonstrate that it meets the requirements.
Equipment shall be delivered FOB(D) no later than October 1, 2024.
The quoted price shall include all shipping costs.
This is a 100% Small Business Set-Aside solicitation.
NAICS Code: 335314
Size Standard: 750 employees
PLEASE E-MAIL ALL QUESTIONS to John Riederer, Contract Specialist, John.P.Riederer@usace.army.mil at least two business days prior to solicitation close to allow response time.
It is preferred that the quote is e-mailed to: John Riederer, Contract Specialist, John.P.Riederer@usace.army.mil
OFFEROR SHALL BE REGISTERED IN SAM (System for Award Management) https://www.sam.gov to includethe FAR and DFARS Reps and Certs sections with the NAICS code applicable to the solicitation.
For assistance with SAM, contact information is below:
SAM by GSA
Hours of Operation: Monday – Friday 8am to 8pm ET,
U.S. Calls 866-606-8220,
Service desk website: http://www.fsd.gov/
Quotes must be RECEIVED no later than the Offer Due Date/Time listed in the SAM.gov solicitation posting.
Quotes received after the deadline are considered late, and may not be considered for award.
Quotes must include specific acknowledgement of all amendments to the solicitation (if any).
AMENDMENT 0001 HAS BEEN POSTED 8/20/2024
Amendment 0001 adds information to the SOW clarifying the purpose of the purchase and why the accessories do not need to be linked to a Crosby load cell by the manufacturer.
The St. Paul District is using the wireless Crosby accessories in a custom application for our existing LMI that is installed on the bulkhead lifters for our Upper Mississippi River locks. The accessories (controllers) are not being tied to Crosby dynamometers.
We’ve purchased one set of accessories already, programmed them with Crosby’s software, and tested the system at one of our sites (Lock & Dam 6). The system exceeded our expectations for reliability and ease of use. The list of accessories in the solicitation are to replicate the system at our other locations.
AMENDMENT 0002 HAS BEEN POSTED
Amendment 0002 changes the required delivery date from 1 October 2024 to 14 weeks after contract award date. The amendment also corrects the quantities in the SOW (which were correct in the CLINs).
Amendment must be acknowledged by signing and returning the SF30.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
- SAINT PAUL , MN 55101-1323
- USA
Primary Point of Contact
- John P Riederer
- John.P.Riederer@usace.army.mil
- Phone Number 6512905614
Secondary Point of Contact
- Kenneth J. Eshom
- kenneth.j.eshom@usace.army.mil
History
- Sep 21, 2024 10:55 pm CDTAward Notice (Original)
- Sep 21, 2024 10:55 pm CDTSolicitation (Updated)
- Aug 20, 2024 08:36 am CDTSolicitation (Updated)
- Aug 15, 2024 11:57 am CDTSolicitation (Original)